Search Contract Opportunities

NTCRA at Caneel Bay Resort, Virgin Islands NP   3

ID: 140P2124R0017 • Type: Presolicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a pre-solicitation notice that Request for Proposals (RFP) #140P2124R0017 will be posted on approximately June 12, 2024. This is not the full solicitation; proposals are not requested at this time. The RFP will include detailed specifications to conduct a removal action under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). The intent of the contract is to remove sufficient material to reach the Site's removal action objectives as confirmed by post-removal testing. The contractor will implement a Non-Time Critical Removal Action (NTCRA) work plan at Caneel Bay Resort in Virgin Islands National Park. The work includes removing approximately 288 bank cubic yards (BCY) of contaminated soil in "Area 2" and approximately 40 loose CY of contaminated sediment, transporting it to appropriate disposal facilities on the mainland, and performing limited site restoration. The estimated removal quantities are based on previous site investigations. The contract will use unit-priced items subject to the variation in quantity clause in conjunction with an established ceiling and notification requirements. Additional details will be provided in the documents to be posted with the solicitation. A payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. An offer guarantee will be required with proposal submission.
PROJECT LOCATION: The site is at the Caneel Bay Resort within the Virgin Islands National Park (VIIS) on St. John, U.S. Virgin Islands (USVI). The approximately 150-acre resort is located approximately 1 mile northeast of the major port town of Cruz Bay. The island of St. John is reached by ferry from St. Thomas, where there is an airport with flights from the mainland. Maps and information are at www.nps.gov/VIIS.
SITE VISIT: There will not be a pre-proposal site visit, but a virtual site visit will be posted with the solicitation. No access will be granted to Caneel Bay Resort and prospective offerors must not contact the Resort Operator for direct access pertaining to this solicitation.
DETAILS: This is a best value negotiated procurement set-aside for Small Business concerns in accordance with FAR 19.5. The prime contractor shall not subcontract more than the subcontract limitations specified in FAR clause 52.219-14 to other than similarly-situated concerns. For this purpose, work to be performed falls in the category "services." The NAICS code for this project is 562910, Remediation and cleanup of contaminated buildings, mine sites, soil, or ground water, and the small business size standard is 1,000 employees. All work will be performed under a single firm-fixed-price contract. As stated in the prescribed range in FAR 36.204, the estimated magnitude of this project is between $250,000 and $500,000.
The RFP and future amendments will be posted in the Contracting Opportunities section of SAM (https://sam.gov/content/opportunities). The solicitation package will be in Microsoft Word and Adobe PDF. Proposals will be due approximately 30 days after the RFP is posted; specifically, they will be due by the date and time specified in Block 13 of the Standard Form 1442 or in the most recent amendment (SF30). Offerors will submit their proposals by email per instructions included in the solicitation; proposals will consist of two volumes (technical and price). The government will consider each offeror's technical capability in comparison to its price and award to the firm whose offer represents the best value.
Prospective offerors must visit SAM.gov periodically to check for amendments and other changes to the contract documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however offerors who have not established and/or maintained an active registration at www.SAM.gov prior to the offer due date and time will be considered either ineligible or non-responsive and will not be considered for award.
Construction Contract Administration: Federal Acquisition Regulation (FAR) 36.211(b) requires agencies provide description of policies and procedures that apply to definitization of equitable adjustments for change orders under construction contracts and data on the time required to definitize equitable adjustments for change orders under construction contracts. This information can be found at: https://www.doi.gov/pam/acquisition/policy/constructioncontract.
It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, Indian Small Business Economic Enterprises, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at https://connect.sba.gov, and to utilize the Small Business Administration (SBA) Dynamic Small Business Search (https://dsbs.sba.gov/search/dsp_dsbs.cfm) for potential subcontractors within these various socio-economic categories.
The Government reserves the right to cancel this solicitation.
For more information, contact the Contracting Officer at sarah_welch@nps.gov.

Overview

Response Deadline
July 15, 2024, 12:00 p.m. EDT Past Due
Posted
May 29, 2024, 9:19 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Caneel Bay Resort VI
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$250,000 - $500,000 (value based on agency estimated range)
Odds of Award
83%
On 5/29/24 NPS National Office issued Presolicitation 140P2124R0017 for NTCRA at Caneel Bay Resort, Virgin Islands NP due 7/15/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562910 (SBA Size Standard $25 Million) and PSC F108.
Primary Contact
Name
Welch, Sarah   Profile
Phone
(202) 354-3974

Documents

Posted documents for Presolicitation 140P2124R0017

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 140P2124R0017

Award Notifications

Agency published notification of awards for Presolicitation 140P2124R0017

Contract Awards

Prime contracts awarded through Presolicitation 140P2124R0017

Incumbent or Similar Awards

Contracts Similar to Presolicitation 140P2124R0017

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 140P2124R0017

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 140P2124R0017

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > NATIONAL PARK SERVICE > WASHINGTON CONTRACTING OFFICE
FPDS Organization Code
1443-26230
Source Organization Code
100182926
Last Updated
July 30, 2024
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
July 30, 2024